SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR QUALIFICATIONS (RFQ) FOR BUS STOP CONSTRUCTION CONSTRUCTION SERVICES PRE-QUALIFICATION

Size: px
Start display at page:

Download "SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR QUALIFICATIONS (RFQ) FOR BUS STOP CONSTRUCTION CONSTRUCTION SERVICES PRE-QUALIFICATION"

Transcription

1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR QUALIFICATIONS (RFQ) FOR BUS STOP CONSTRUCTION CONSTRUCTION SERVICES PRE-QUALIFICATION RFQ Number Salem Area Mass Transit District 555 Court Street NE, Suite 5230 Salem, Oregon Phone: FAX: URL: Release Date: June 6, 2014 Closing: December 30, 2016 Time: 2:00 p.m. PDT Opening: Prequalification Applications will be opened and reviewed as received Bus Stop Construction Improvement Project ( BSC ) General Scope of Work 1.0 Introduction Salem Area Mass Transit District (SAMTD) invites construction firms or construction teams (collectively referred to as the Contractor ) to submit qualifications to construct bus stop improvements throughout the SAMTD service area in the Salem-Keizer metropolitan area. The purpose of this solicitation is to pre-qualify Contractors to function as part of an available pool which will be utilized to perform general and specialty construction at various bus stop locations. The list of pre-qualified Contractors will be used by the District as the basis to bid and award construction work. SAMTD serves over 700 bus stops throughout its service area. These include bus stops in Polk and Marion counties, the cities of Salem and Keizer, and other locations where SAMTD provides service. Needed bus stop improvements range from small changes (installation of seating) to more extensive sidewalk improvements to make bus stops accessible to customers with mobility devices. Not all stops or shelters within the system will require work. The phasing, timing and location of bus stop construction will be determined based on coordination with local jurisdictions, funding resources, and the District s policy on the placement and improvement of bus stops. SAMTD works closely with local and state agencies to plan and coordinate bus stop construction, and intergovernmental agreements govern the process by which bus stops are approved and constructed. Contractors will be required to work within this framework. RFQ v8 Page 1 of 20

2 The District has conducted a preliminary evaluation of bus stops and has categorized the bus stops into two general categories of work. Each of the work categories is described below: Level A - Minimal improvements, removals or relocations These bus stops will require minor improvements such as relocating a sign pole, installing a new bus stop sign, painting a curb, or other minor improvement as needed at the individual site location. During the course of the evaluation some of these stops may be relocated to safer pedestrian areas where it is more convenient for passengers or safer for bus operations. Lastly, some of these stops may be removed from service due to short distances between stops or very low average daily passenger boardings. Level B - ADA improvements These bus stops will require all the improvements specified in Level A plus any or all of the following: Demolition, removal and disposal of existing concrete sidewalks, boarding pads, curbs or other concrete surfaces. Installation and finishing of new concrete surfaces which may include sidewalks, curb cuts, curbs and boarding pads. Installation of retaining walls, handrails, bollards and other infrastructure to account for grade differences at select bus stop locations. This project is partially funded by the Federal Transit Administration. Federal Prevailing Wage Rates/Davis-Bacon Act (40 U.S.C. 276a) will be applicable to all phases and construction packages of this project. 2.0 First Phase of Work The first phase of work consists of 91 bus stop locations on the High Priority Transit Corridors (HPTC) which are listed below: High Street/Broadway Street/River Road Center Street Market Street The District has evaluated the stops along these corridors and will be conducting the improvements listed in Table 1 below: Table 1 HPTC Bus Stop Improvement Program Improvement Level Number of Stops General Description of the Work A 0 Minimal improvements, removals or relocations B 83 ADA improvements Contractors on the pre-qualification list will receive invitations to bid on multiple bus stop construction packages consisting of between bus stops per package. The first construction package will be released on July, Pre-qualification will be required to bid. Subsequent bus stop construction packages will be released sequentially. It is the District's intention to begin construction on these improvements in the summer of Second Phase of Work The second phase of work will be on the remaining 643 in service bus stop locations along other travel corridors in the Salem-Keizer metropolitan area. These corridors include Lancaster Drive, RFQ v8 Page 2 of 20

3 Commercial Street, Marion Street, Portland Road, and others where fixed route transit service is provided. The District has conducted an evaluation of these stops and will be conducting the improvements listed in Table 2 below: Table 2 System Bus Stop Improvement Program Improvement Level Number of Stops General Description of the Work A 444 Minimal improvements, removals or relocations B 127 ADA improvements Contractors will receive an invitation to bid on eight (8) bus stop construction packages consisting of approximately bus stops per package. The eight construction packages will be released sequentially starting in the third quarter of 2014 and continue every quarter until the project is complete. It is the District's intention to begin construction on the system bus stop improvements in the third quarter of Typical Scope of Work The typical scope of work at a single bus stop location may include one or more of the following items listed below. Demolition, removal and disposal of existing concrete sidewalks, boarding pads, curbs or other concrete surfaces. Removal and transportation to the District s storage location of existing transit passenger shelters, signage, sign poles, trash cans, benches, or other similar passenger amenities. Installation and finishing of new concrete surfaces which may include sidewalks, curb cuts, curbs and boarding pads. Installation of foundations and attachment hardware for transit passenger shelters and sign poles. Installation of retaining walls, handrails, bollards and other infrastructure to account for grade differences at select bus stop locations. Traffic control necessary to perform the work safely. Transportation from the District s storage location and installation of new transit passenger shelters, signage, sign poles, trash cans, benches, or similar passenger amenities supplied by the District. 5.0 Minimum Qualifications To qualify for consideration as a Contractor for this work, each applicant must complete and submit Attachment II Applicant Profile and meet all of the following designated minimum experience and qualifications: 5.1 Personnel Qualifications The Contractor shall show the capability to provide minimum management personnel as follows: a. Project superintendent, manager or owner with a minimum of five (5) years experience in project supervision. This person shall be assigned to the project during active phases of construction on an as-needed basis. b. Qualified field and office support staff sufficient to meet local, state and RFQ v8 Page 3 of 20

4 federal installation, accounting and documentation requirements, including compliance with building codes, construction standards, experience, and Federal Transit Administration (FTA) guidelines for each bus stop location where the work is performed. Experience with providing certified prevailing wage payroll reporting is required. 5.2 Equipment Qualifications The Contractor shall show the capability to provide the necessary amount of equipment, tools and other items deemed necessary for the support and execution of the work. 5.3 Experience Qualifications The Contractor shall demonstrate that it has an acceptable level of experience doing construction within the public right of way. This experience may be your own work force or through project management of subcontractors: a. The Contractor shall identify its experience in a minimum of three (3) projects up to a maximum of ten (10) projects to demonstrate experience in the areas of typical scope of work outlined in Section 4.0 above during the past five (5) years. The Contractor shall include project references per the Attachment II Applicant Profile. 5.4 Registrations and Licensing The Contractor will be properly registered and licensed in the State of Oregon to perform the work at the time of bid. 6.0 Review of Solicitation Documents Solicitation documents may be reviewed at the District main office located at 555 Court Street NE, Suite 5230, Salem, Oregon or reviewed and retrieved at the State s Procurement (ORPIN) website: All inquiries shall be directed to Jeri McGinnis, Procurement and Contracts via at mcginnisj@cherriots.org or by phone at FTA Contract Requirements The FTA Contract Requirements Exhibit FTA are available through this link: The FTA Contract Requirements are incorporated by reference herein. RFQ v8 Page 4 of 20

5 ATTACHMENT I PREQUALIFICATION APPLICATION APPLICANT PROFILE RFQ Bus Stop Construction Improvements INSTRUCTIONS To be eligible to bid, an application must be completed in its entirety and received at least 10 working days prior to the bid package closing date. The date of the application will be the date a completed Prequalification Application is received and date stamped by the District. Allow 30 days for processing. It is recommended that the Contractor print the instruction page prior to completing the application and use the printout to accurately complete the forms. All pages and sections must be completed and correct. If not complete and correct, application may be returned for correction prior to allowing prequalification for a bid package. If accepted, an approval letter will be sent. Contractor is responsible for submitting the correct form. During the course of releasing Bus Stop Construction bid packages, forms may be updated from time to time. Outdated forms or pages will not be accepted and may result in rejection of a prequalification application or bid. Send original, complete, signed application forms, responses and attachments. Contractor is responsible for keeping prequalification information current. Once prequalified, Contractor will be eligible to bid for the duration of the Bus Stop Construction project and all bid packages released. If Contractor information changes or Contractor no longer wants to be on the prequalification list, it must promptly notify the District in writing. Bid invitations will be sent via . Contractor is responsible to keep contact information current and accurate for notifications. District is not responsible for misdirected Invitations to Bid. Prequalification is required for prime contractors. Subcontractors / suppliers do not need to prequalify. If a section does not apply, enter N/A (not applicable). Applications will be reviewed when received and scored based upon responsibleresponsive and minimum qualifications pass/fail. If any information is missing, Application may be subject to fail and returned to the Contractor. Contractor may request review of a failed Application within 14 days of notification or re-submit the form resolving failed items. Determination by the District will be final. Section 1 - Organization Information: Enter Organization s Legal Name under which Contractor will bid and as it appears on the federal form W-9 (Request for Taxpayer Identification Number and Certification). The legal name must also match the Oregon Secretary of State s registration. At the time of Prequalification, Contractor is not required to be an Oregon Licensed Contractor. At the time of bid, Contractor must have, in place, all of the required licensing and registration RFQ v8 Page 5 of 20

6 described in the bid package, in order to expedite a contract promptly and perform the contracted work in a timely manner. Both a physical and mailing address are required. Physical address may be for courier use. List primary person authorized to sign agreements and authorized signers contact information. List alternate signers if they will be eligible to sign bids. Signers must be authorized to bind Contractor to the bid(s) and obligations of the work. At bid opening, bid signer must be listed as an authorized signer in the Prequalification to be responsive, responsible bidder. If signer of bid is not listed on the Prequalification, bid may be rejected. List primary contact responsible for the administration of the Prequalification, notification of bid opportunities, and administration of contracts. Attach resume s if additional space is needed. Mark resume s Section 1 to match form. Section 2 - Organization Type: Check off the organizational type or structure of the company. Section 3 Company Information: Check off whether Contractor will be bidding as prime contractor or specialty contractor. Some specialty contractors may prequalify for bid packages which only include specialty work (i.e. concrete flatwork, signage manufacture and installation, solar panel installation, etc.). Check off level of Contractor s license, based on Construction Contractor s Board (CCB) certification. If a Contractor is requesting Prequalification and is not yet licensed in Oregon, indicate how these qualifications will be fulfilled, if bidding and awarded work (i.e. joint venture, partnership, licensing pending, etc.). When Contractor becomes properly licensed in Oregon to perform the work, Contractor is responsible for submitting new information in writing in a timely manner at least 10 days prior to bid closing. Fill in CCB number. Fill in Specialty License number (BCD, etc.). Fill in the name of Contractor s bonding company (even if licensing is pending or will be in force at the time of bid). Fill in bond fee rating. Fill in whether any bond claims have been made against the Contractor (regardless of bonding company) and whether the claim resulted in penalty. If yes, Contractor may attach explanation. Fill in General Liability carrier (not insurance agent). Enter how many years the Company has been in business under the current or any other name. Enter how many years public works experience with City of Salem, City of Keizer, Marion County or Polk County, as a prime or subcontractor doing projects for listed agencies. If no experience with these agencies can be shown, enter 0. RFQ v8 Page 6 of 20

7 It is recommended that if zero experience with the Oregon local agencies public works projects, that listing additional references may show federal public works experience with other cities, counties and districts, requested in Section 6. Section 4 Contractor Meets or Exceeds Minimum Qualifications: To Prequalify, the Contractor must meet or exceed the requirements of the Request for Qualification (RFQ), Paragraph 5 - Minimum Qualifications. Respond yes or no based on the minimum qualifications required in the RFQ. Section 5 Proposed Project Superintendent Complete name, title, phone, alternate contact information, address and either brief description of experience or attach resume. Mark resume attachment Section 5 to correspond with the Applicant Profile. Section 6 References Provide as an attachment marked Section 6, a minimum of (3) references and a maximum of (10) references which demonstrate experience with public works projects. Company brochures may be used. However, each reference must include all of the information in Sections 6a through 6s, preferably in the order of Section 6. A copy of Section 7 Work Categories should be included with each reference as a response to 6s Work Categories performed for each reference project. Section 7 Work Categories As a part of references, list work categories performed under each reference. In general, attach a copy of completed Section 7 of any categories Contractor is willing and able to bid and perform, and can qualify as proficient to do the work, regardless of public works or commercial / institutional construction experience. Section 8 Responsible, Responsive Applicant Complete and sign each additional Attachment and certification. All (7) documents must be attached to the Application. If any are incomplete or missing, Application will be returned to the Contractor as incomplete. Section 9 Application Certification Contractor will review, sign and submit completed applications, including attachments, resume s, references and minimum qualifications that demonstrate ability to perform the work to: Jeri F. McGinnis Procurement & Contracts Salem Area Mass Transit District 555 Court Street NE, Suite 5230 Salem, OR RFQ v8 Page 7 of 20

8 ATTACHMENT II PREQUALIFICATION APPLICATION APPLICANT PROFILE RFQ Bus Stop Improvements Construction Services 1. Organization Information: Organization Legal Name: ABN/dba (if different than Legal Name): Physical address: Mailing address: City, State, Zip: Telephone: Facsimile: Website address (URL): Secretary of State # Federal Tax ID# DUNS # Person Authorized to Sign Agreements: Name: Title: Phone: address: Other Authorized Signers (list): Ms. Ms. Mr. Primary Contact: Name: Authorized Signer Title: Phone: address: Describe Experience (may attach resume): RFQ v8 Page 8 of 20

9 2. Organization Type: Sole Proprietor Partnership Limited Partnership Limited Liability Company (LLC) Corporation Other Organizational Type (describe): 3. Company Information: General Contractor Specialty Contractor CGC1 CGC2 CSC1 CSC2 Oregon Construction Contractors Board # (CCB): Specialty License Classification: Specialty License # Bonding Company Name: Bonding Capacity: Bond Rate per $1,000: Has Contractor had any bond claims in the last 5 years? If so, were they resolved with/without penalty (if yes, attach explanation): General Liability Insurance Carrier: Yes No Current Prevailing Wage Bond? Yes No How many years in business under this or any other name? Written DBE Policy? Yes No How much experience with: City of Salem: yrs # of Projects: Marion Co.: yrs # of Projects: City of Keizer: yrs # of Projects: Polk Co.: yrs # of Projects: Contractor meets or exceeds minimum qualifications in the following areas: Reference RFQ Paragraph Minimum Qualifications to respond to these questions. Contractor is certifying responses to be true and correct. Company Experience Yes No Personnel Yes No Equipment Yes No Owned Leased Insurance Yes No Capacity to Bond Project Yes No RFQ v8 Page 9 of 20

10 5. Proposed Project Superintendent: Name: Title: Phone: Alternate or Cell Phone Number: address: Describe Superintendent Experience (Attach Resume): 6. References attach sheets as necessary furnishing information in this order (minimum of three (3), maximum of ten (10)): a. Project Name b. Project Dates Start/Finish c. Project Owner d. Public Works Private Sector e. Owner s Contact Name and Title f. Owner s Contact Telephone Number g. Owner s Contact h. Owner s Project Manager Name i. Owner s Project Manager Telephone Number j. Owner s Project Manager k. Project Location l. Performed work as Prime Contractor Subcontractor m. If Subcontractor, who was Prime Contractor? n. Contract/Subcontract Amount at Award o. Contract/Subcontract Amount at Final Project Completion p. Was the project completed on schedule? q. Were there any liquidated damages assessed, bond or insurance claims? r. Describe any portion of the work in the public right-of-way (if none, state N/A) s. Work Category(s) List as many as apply (see Item 6 below) RFQ v8 Page 10 of 20

11 7. Work Categories (indicate whether work is self-performed or subcontracted): WORK CATEGORY: Performed Work As: Prime Sub Manage Sub(s) Performed Work As: Prime Sub Manage WORK CATEGORY: Sub(s) 1. Aggregates 2. Asphalt Concrete Crack Sealing Paving & Oiling Patching & Repair 3. Buildings & Structures Transit New Construction Transit Remodel Transit Shelter Install. Transit Corridor Maint. Concrete Foundations Retaining Walls 4. Earthwork & Drainage Clearing & Grubbing Culverts Demolition Cutting/Sawing/Patching Drainage Earthwork Excavation 5. Roadways Widen/Turn Lane & Turnout Utility Relocation Intersection Improvements Parking Lot 6. Electrical Illumination Solar Panel Install. Security Cameras Street Lighting 7. Landscaping Irrigation Systems Lawn Roadside Seeding Shrubs, Trees Temp & Permanent Erosion Control Topsoil 8. Misc Appurtenances Raised Pavement Markers Cold Plane Pavement Removal Curbs Fencing Sidewalks Curb cuts Concrete Pads Curb & Gutter Repair & Replacement Handrails 9. Painting & Markings Curb & Directional Signage on Concrete & Asphalt Delineators Durable Markings Markers Permanent Painted Permanent - Thermoplastic 10. Permanent Signage 11. Portland Cement Concrete 12. Temporary Traffic Control Flaggers Lane Closures Temporary Detours Temporary Signs Sidewalk Closures Trucking & Hauling RFQ v8 Page 11 of 20

12 4. Responsible, Responsive Applicant: Have you completed and attached: ATTACHMENT II PREQUALIFICATION FORM & REFERENCES ATTACHMENT III CERTIFICATION & ACKNOWLEDGEMENT OF FTA CLAUSES ATTACHMENT IV DBE CERTIFICATION ATTACHMENT V DEBARMENT, SUSPENSION CERTIFICATION ATTACHMENT VI NON-COLLUSION AFFADAVIT ATTACHMENT VII LOBBYING CERTIFICATION ATTACHMENT VIII IRS FORM W-9 Returned with Application: Yes Yes Yes Yes Yes Yes Yes No No No No No No No 5. By submitting an application, Contractor certifies that the Contractor has not discriminated and will not discriminate, in violation of ORS279A.110(4), against any minority, women or emerging small business enterprise or against a business enterprise that is owned or controlled by or that employs a disabled veteran in obtaining a subcontract. By submitting an application, Contractor certifies under penalty of perjury, that the Contractor is, to the best of the Contractor s knowledge, not in violation of any tax laws described in ORS (4). I certify the above information is true and correct. By submitting this application, I/We will abide by the terms and conditions stated herein. Contactor / Organization Name: Contractor s Signature: (or signature of binding authority) Date: RFQ v8 Page 12 of 20

13 ATTACHMENT III CERTIFICATION AND ACKNOWLEDGEMENT OF FTA CLAUSES (This Attachment III Certification Must Be Completed and Returned with Application) If awarded a contract, Proposer agrees to comply with all applicable state laws including, without limitation, ORS 279B B.240 and 279C.540, each of which is incorporated herein by reference. In addition, the Proposer has read and understands it will be obligated to comply with the FTA contract clauses located at: which are incorporated by reference herein. The preceding provisions include, in part, certain Standard Terms and Conditions required by FTA, whether or not expressly set forth in the preceding provisions. All contractual provisions required by FTA, as set forth in FTA Circular F, will be incorporated by reference in the contract, if awarded. Signature: Name & Title: Date: (Typed or Printed) RFQ v8 Page 13 of 20

14 ATTACHMENT IV DISADVANTAGE BUSINESS ENTERPRISE (DBE) CERTIFICATION (This Attachment IV Certification Must Be Completed and Returned with Application) Has your firm been certified by the State of Oregon as a Disadvantaged Business Enterprise? Yes No If no, has your firm been certified by any other US State, Territory or Protectorate as a Disadvantaged Business Enterprise? Yes No If yes, attach copy of current certification letter. I hereby certify that the information provided on this form is true and accurate to the best of my knowledge. Firm, Organization Or Contractor: Signature: Name & Title: (Typed or Printed) Date: RFQ v8 Page 14 of 20

15 ATTACHMENT V CERTIFICATION REGARDING DEBARMENT, SUSPENSION & OTHER INELIGIBILITY & VOLUNTARY EXCLUSION (This Attachment V - Certification Must Be Completed and Returned with Application) The undersigned, duly authorized representative of hereby certifies or affirms that: 1) Neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency; and 2) That the contents of any statements submitted on or with this certification are true and accurate, and understands that the provisions of 31 U.S.C et.seq. are applicable thereto. (Signature) (Typed or Printed Title of Authorized Official) (Attorney s Signature) (Date) OR The undersigned, duly authorized representative of hereby certifies or affirms that: 1) It is unable to certify that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency, and has attached an explanation of this inability to this certification; and 2) That the contents of any statements submitted on or with this certification are true and accurate, and understands that the provisions of 31 U.S.C et.seq. are applicable thereto. (Signature) (Typed or Printed Title of Authorized Official) (Attorney s Signature) (Date) Attachment(s) [If required] RFQ v8 Page 15 of 20

16 ATTACHMENT VI NON-COLLUSION AFFIDAVIT (This Attachment VI Non-Collusion Affidavit Must Be Notarized, Completed and Returned with Application) STATE OF ) COUNTY OF ) ) ss, of being first duly sworn, on their oath (Type or Print Name and Title) (Organization) says that the proposals submitted will be genuine and not a sham or a collusive proposal or made in the interest of or on behalf of any person not herein named; and they further state that the said applicant will not directly or indirectly induce or solicit any other proposer for the work or supplies to put in a sham proposal, or any other person or corporation to refrain from proposing; and that said proposer will not in any manner sought by collusion to secure to self-advantage over any other applicant, proposer or proposers. Subscribed and sworn to before me this day of,20. Notary Public in and for the State of My Commission Expires: RFQ v8 Page 16 of 20

17 ATTACHMENT VII CERTIFICATION REGARDING LOBBYING (This Attachment VII - Certification Must Be Completed and Returned with Application) The undersigned contractor certifies, to the best of his or her knowledge and belief, that they are in compliance with the Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L The Contractor,, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Signature of Contractor s Authorized Official: Name and Title of Contractor s Authorized Official: (Type or Print Name and Title) Date: RFQ v8 Page 17 of 20

18 ATTACHMENT VIII RFQ v8 Page 18 of 20

19 RFQ v8 Page 19 of 20

20 RFQ v8 Page 20 of 20

INSTRUCTIONS FOR COMPLETING THE OREGON DEPARTMENT OF TRANSPORTATION PRIME CONTRACTOR PREQUALIFICATION APPLICATION

INSTRUCTIONS FOR COMPLETING THE OREGON DEPARTMENT OF TRANSPORTATION PRIME CONTRACTOR PREQUALIFICATION APPLICATION INSTRUCTIONS FOR COMPLETING THE OREGON DEPARTMENT OF TRANSPORTATION PRIME CONTRACTOR PREQUALIFICATION APPLICATION To be eligible to bid, an application must be completed in its entirety and received at

More information

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

PREQUALIFICATION APPLICATION INSTRUCTIONS

PREQUALIFICATION APPLICATION INSTRUCTIONS PREQUALIFICATION APPLICATION INSTRUCTIONS Please read the following instructions carefully as incomplete applications will not be processed. COMPLETE AND RETURN ALL SECTIONS OF THE APPLICATION PACKAGE.

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the NJDOT buyer via the e-mail noted in the solicitation. Proposals sent to any other e-mail

More information

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's

More information

PREQUALIFICATION APPLICATION INSTRUCTIONS

PREQUALIFICATION APPLICATION INSTRUCTIONS PREQUALIFICATION APPLICATION INSTRUCTIONS Please read the following instructions carefully as incomplete applications will not be processed. COMPLETE AND RETURN ALL SECTIONS OF THE APPLICATION PACKAGE.

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via e-mail and will be accepted no later than 10:00 AM on Wednesday, January

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas REQUEST FOR QUOTES (RFQ) for Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas Description Personnel Services for Subsidized Employment for Workforce Customers Arbor E & T,

More information

DOCUMENT BID PROPOSAL

DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES July 23, 2012 NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE PRESTRESSED CONCRETE CYLINDER PIPE (PCCP) PRESSURIZED WATER MAINS 48 AND LARGER AND APPURTENANCES Gwinnett County is soliciting applications

More information

ADDENDUM NO. 1. Please acknowledge receipt of this addendum on page 10 of the Invitation for Pre-Qualification of Bidders

ADDENDUM NO. 1. Please acknowledge receipt of this addendum on page 10 of the Invitation for Pre-Qualification of Bidders ADDENDUM NO. 1 Date: May 22, 2017 To: Re: Prospective Bidders Peachtree City Lake Spillway Replacement Please acknowledge receipt of this addendum on page 10 of the Invitation for Pre-Qualification of

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

Pennsylvania Turnpike Commission Harrisburg, Pennsylvania

Pennsylvania Turnpike Commission Harrisburg, Pennsylvania Pennsylvania Turnpike Commission Harrisburg, Pennsylvania NOTICE TO CONTRACTORS REQUEST FOR PREQUALIFICATION PLYMOUTH MEETING MAINTENANCE FACILITY RELOCATION AND CONSTRUCTION PLYMOUTH TOWNSHIP, MONTGOMERY

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT BID FORMS FOR 2013-14 CURB, GUTTER AND SIDEWALK REPAIR AND CURB-RAMP INSTALLATION PW 13-28 PLEASE USE BLACK INK WHEN YOU PREPARE THESE FORMS DO NOT DETACH ANY OF THIS MATERIAL THIS

More information

The Bid Date has changed to 03/16/2010 at 2:30 PM.

The Bid Date has changed to 03/16/2010 at 2:30 PM. , Chinatown / North Beach Campus Main Building & Annex Building Curbs Gutters and Sidewalk CCSF Project No. 107 A 1. Summary DOCUMENT 00900 Bid Package 7.20 Curbs Gutters and Sidewalk ADDENDUM NO. 4 (02/22/2009)

More information

PREQUALIFICATION QUESTIONNAIRE

PREQUALIFICATION QUESTIONNAIRE PREQUALIFICATION QUESTIONNAIRE FOR HUENEME ROAD RECYCLED WATER PIPELINE PROJECT PHASE II THE PROJECTS AND PREQUALIFICATION In the coming months, the City of Oxnard ( City ) will be bidding a project for

More information

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 November 19, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-152.0

More information

UNIVERSITY OF VIRGINIA STANDARD FORM FOR CONTRACTOR'S STATEMENT OF QUALIFICATIONS. Contractor s Name:

UNIVERSITY OF VIRGINIA STANDARD FORM FOR CONTRACTOR'S STATEMENT OF QUALIFICATIONS. Contractor s Name: (Rev. 8-12-15) HECO-16 Academic On-Demand Construction Program RFP # 17-107 University of Virginia Charlottesville, VA SOQ Due Date: June 20, 2018 UNIVERSITY OF VIRGINIA STANDARD FORM FOR CONTRACTOR'S

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

Request for Qualifications (RFQ) - NO Engineering Consulting Service

Request for Qualifications (RFQ) - NO Engineering Consulting Service City of Huntsville 448 Highway 75 North Huntsville, Texas 77320 Billie F. Smith Phone: 936-291-5495 Fax: 936-294-5731 E-mail: bsmith@huntsvilletx.gov Request for Qualifications (RFQ) - NO 11-12 Engineering

More information

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO. Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 February 19, 2019 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 4 Project 19-011.3

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR

PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR 1. PROJECT TICE PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR York Hall Biology/Chemistry Renovation UNIVERSITY OF CALIFORNIA SAN DIEGO a) BNBuilders, Inc. (BNB) intends to award lump sum contracts

More information

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017 REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS January 23, 2018 UPDATE: JANUARY 29, 2017 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 ELWOOD DAVIS ROAD

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

GENERAL INFORMATION AND INSTRUCTIONS FOR PREPARING CONSULTANT S PREQUALIFICATION STATEMENT

GENERAL INFORMATION AND INSTRUCTIONS FOR PREPARING CONSULTANT S PREQUALIFICATION STATEMENT 1. General Requirements. GENERAL INFORMATION AND INSTRUCTIONS FOR PREPARING CONSULTANT S PREQUALIFICATION STATEMENT Consultants desiring to bid on various construction projects over Rs:1000,000 must be

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017 NOTE: The GSMJIF will consider qualifications only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019. NOTE: In the event an interested firm has downloaded these specifications from the TPA website, you are responsible for providing the TPA via email at Trentonparkingph@aol.com your contact information,

More information

New York City Transit (NYCT) DATE: July 19, 2018 CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING: SSE #: 0000226381

More information

UNIVERSITY OF VIRGINIA STANDARD FORM FOR CONTRACTOR'S STATEMENT OF QUALIFICATIONS. Contractor s Name:

UNIVERSITY OF VIRGINIA STANDARD FORM FOR CONTRACTOR'S STATEMENT OF QUALIFICATIONS. Contractor s Name: (Rev. 8-12-15) HECO-16 Two Step IFB Project: East Chiller Plant, Chiller #5 WM111217 University of Virginia Charlottesville, VA SOQ Due Date: December 13, 2017 UNIVERSITY OF VIRGINIA STANDARD FORM FOR

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

Proposal Form A. 3. Attach photographs of the interior and exterior of any existing hotels or similar facilities.

Proposal Form A. 3. Attach photographs of the interior and exterior of any existing hotels or similar facilities. Proposal Form A Experience and Qualifications Statement Provide the following information for the respondent and any proposed subtenants. Complete a separate statement for each joint venture partner or

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications from Engineering Firms Interested in Serving as Borough Engineer to the Borough of Park Ridge For the Period January 1, 2019 through December 31, 2019 Dated:

More information

PUBLIC WORKS DEPARTMENT THORNTON ROAD WIDENING PROJECT NO. PW1428

PUBLIC WORKS DEPARTMENT THORNTON ROAD WIDENING PROJECT NO. PW1428 PUBLIC WORKS DEPARTMENT BID FORMS FOR THORNTON ROAD WIDENING PROJECT NO. PW1428 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL Job Walk:

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) DESIGN CONSULTANT FOR EXPANSION JOINT REPLACEMENT Small Business Reserve Procurement M&T BANK STADIUM MSA Project No. 19-021 ISSUE DATE: October

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

Albany Unified School District Contractor Prequalification

Albany Unified School District Contractor Prequalification Albany Unified School District Contractor Prequalification The Albany Unified School District ( District ) has determined that contractors providing construction services ( Contractor(s) or Firm(s) ) must

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 17, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-074.1

More information

ADDENDUM NO. 1. City of Fort Worth

ADDENDUM NO. 1. City of Fort Worth 00 0 - ADDENDA Page of 8 9 0 8 9 0 8 9 0 8 9 0 ADDENDUM NO. PROJECT: Federal Aid Project Number: CM 00 (80) CSJ: 090 8 CITY PROJECT NUMBER: 00 OWNER: City of Fort Worth CONSULTING ENGINEERS: Freese and

More information

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT FOR N-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY

More information

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION PRRIP ED OFFICE FINAL 3/3/2010 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST

More information

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT)

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT) PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT) The Greenville City School District (the "District") invites interested parties to submit

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

REQUEST FOR CONSTRUCTION BIDS May 23, 2017 REQUEST FOR CONSTRUCTION BIDS May 23, 2017 Cambridge Greenway Trail / Railroad Bridge Replacement Flood Mitigation Project 1.0 Project Background A former railroad bridge that currently carries the Cambridge

More information

BID Addenda No. Date Issued Addenda No. Date Issued

BID Addenda No. Date Issued Addenda No. Date Issued BID - 004113 BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the Contract

More information

ENGINEERING SERVICES Phase III Construction Engineering Services for the Benedictine Parkway Improvement Project

ENGINEERING SERVICES Phase III Construction Engineering Services for the Benedictine Parkway Improvement Project VILLAGE OF LISLE REQUEST FOR QUALIFICATIONS ( RFQ ) #1267 ENGINEERING SERVICES Phase III Construction Engineering Services for the Benedictine Parkway Improvement Project DUE BY: FEBRUARY 5, 2018 @ 11:00

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

PRE-QUALIFICATION APPLICATION

PRE-QUALIFICATION APPLICATION PRE-QUALIFICATION APPLICATION Calendar Year 2019 Applications for Pre-Qualification are necessary only if a company wishes to bid on work involving construction or improvement of the District s electrical

More information

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1) Philadelphia Regional Port Authority 3460 North Delaware Ave. 2 nd Floor Philadelphia, PA 19134 October 30, 2018 To: All Bidders From: Kate Bailey Director of Procurement Re: ADDENDUM NO. 1 Project 18-110.1

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI PRE-QUALIFICATION DOCUMENT FOR PROVISION OF CREATIVE DESIGN, LAYOUT AND PRINTING OF MAGAZINES, CALENDARS, PROMOTIONAL MATERIALS, BROCHURES, NOTEBOOKS AND DIARIES CONTRACT NO: AWSB/HQ/PQ/18/2015-2017 MAY

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Quad Cities Chamber of Commerce Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Project Manager: Leslie Anderson, Vice President Finance landerson@quadcitieschamber.com 1601 River Dr., Suite

More information

Any discussions or marketing activities related to this specific project.

Any discussions or marketing activities related to this specific project. 04-11-19 Posting Date South Sandusky Street Widening and Relocation PID No. Not Assigned City of Mount Vernon Response Due Date: 04-24-19 Communications Restrictions Please note the following policy concerning

More information

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1 DATE: May 18, 2016 TO: FROM: All Bidders/Proposers Willie Velez, CPPB Procurement Administrator City of Casselberry Purchasing Division SUBJECT: ITB-2016-0023, Oxford Road Complete Street Improvements

More information

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES CONTRACT NO: AWSB/HQ/PQ/09/2015-2017 MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX 45283-00100

More information

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4 RE: ITB: PORTLAND COMMUNITY COLLEGE 12000 SW 49 th Avenue Portland, Oregon 97219 Sylvania Campus Bookstore Remodel Dated: February 22, 2017 April 11, 2017 ADDENDUM NO. 4 This addendum, together with the

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications From Engineering Firms Interested in Serving as Environmental Engineer to the Borough of Park Ridge Board of Public Works For the Period January 1, 2019

More information

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

Baltimore City Public Schools City Schools Material Management Department. 200 E. North Avenue, Room #401 Baltimore, MD ADDENDUM #4

Baltimore City Public Schools City Schools Material Management Department. 200 E. North Avenue, Room #401 Baltimore, MD ADDENDUM #4 Baltimore City Public Schools City Schools Material Management Department. 200 E. North Avenue, Room #401 Baltimore, MD 21202 ADDENDUM #4 Solicitation: IFB-18017 September 15, 2017 New Response Due Date:

More information

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR COUNTY GOVERNMENT OF NANDI NANDI COUNTY ASSEMBLY P. O BOX 673-30300 KAPSABET STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR (PROVISION OF AIR TRAVEL AGENCY AND AIR TICKETING SERVICES-IATA/KATA REGISTERED)

More information

Request for Quotes for Recycling Fluorescent Lamps

Request for Quotes for Recycling Fluorescent Lamps Request for Quotes for Recycling Fluorescent Lamps 4-foot & 8-foot Prepaid Shipping Boxes Responses Due: Thursday, December 29, 2016 at 2:00 p.m. The Onondaga County Resource Recovery Agency (OCRRA) requests

More information

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Exhibit A PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Submission of Pre-Qualification Packet Deadline: TBD Newcomb Academy AB300 New Construction Project Place of Pre-Qualification

More information

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 Maintenance and Operations 1302 Service Road Tustin, California 92780 (714) 730-7515 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Tustin Unified School District ( District ) has determined that

More information

United Nations Development Programme (UNDP) FOR THE

United Nations Development Programme (UNDP) FOR THE United Nations Development Programme (UNDP) CALL FOR EXPRESSIONS OF INTEREST AND PREQUALIFICATION FOR THE CONSTRUCTION AND REHABILITATION OF IRRIGATION SYSTEMS IN LEBANON UNDP Lebanon invites interested

More information

CM AT RISK RFQ INTEREST FORM (For Submission to Cambridge Housing Authority Immediately) Revitalization of Frank J. Manning Apartments

CM AT RISK RFQ INTEREST FORM (For Submission to Cambridge Housing Authority Immediately) Revitalization of Frank J. Manning Apartments CM AT RISK RFQ INTEREST FORM (For Submission to Cambridge Housing Authority Immediately) Instructions: If your firm is interested in responding to this RFQ for Prequalification of CM at Risk firms for

More information

BID PROPOSAL CONTRACT NO. AOPC

BID PROPOSAL CONTRACT NO. AOPC BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid

More information

MENTOR/PROTÉGÉ PROGRAM

MENTOR/PROTÉGÉ PROGRAM MENTOR/PROTÉGÉ PROGRAM UNDER 2-92-445, 2-92-535 and 2-92-740 LAST UPDATED: March 6, 2018 Chief Procurement Officer Jamie L. Rhee 1. These Rules pertain to the implementation of the City's for MBEs and

More information

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES NAME OF PROJECT: PROJECT NUMBER: PROPOSER: SECTION I. POLICY STATEMENT AND TERMS In accordance with the Metropolitan

More information

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY

BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY BIDDER CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide

More information

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272 Prequalification of Contractors for Educational Facilities Construction 8.272 The School Board shall prequalify contractors for a one (1) year period or for a specific project in accordance with the following:

More information

Consultant for Municipal Engineering Services

Consultant for Municipal Engineering Services BOROUGH OF STONE HARBOR 2018 PROFESSIONAL SERVICES REQUEST FOR PROPOSAL RFQ OPENING DATE: THURSDAY, December 14, 2017 AT 12:00PM NOTICE TO BIDDERS The Borough of Stone Harbor is soliciting proposals through

More information

Request for Qualifications Statements

Request for Qualifications Statements Request for Qualifications Statements BND WATER DISTRIBUTION AND WASTEWATER TREATMENT ENGINEERING STATEMENTS ENGINEERING DESIGN SERVICES FOR BND WATER DISTRIBUTION AND WASTEWATER TREATMENT The Brownsville

More information

A new Proposal Form is being issued with this Addendum, the following is an explanation of the changes, disregard originally issued form.

A new Proposal Form is being issued with this Addendum, the following is an explanation of the changes, disregard originally issued form. Courtyards Phase ADDENDUM NO. 1 May 2, 2016 PROJECT: Courtyards at the Oaks Phase 2 Paving & Incidental Drainage Improvements BID DATE: Tuesday, May 3, 2016, at 2:00 PM City Hall, City of Derby 611 Mulberry

More information

SCHEDULE A. Affidavit of Bidder/Proposer MBE / WBE Goal Implementation Plan

SCHEDULE A. Affidavit of Bidder/Proposer MBE / WBE Goal Implementation Plan Contract Name: SCHEDULE A Affidavit of Bidder/Proposer MBE / WBE Goal Implementation Plan State of: County of: In connection with the above - captioned contract: I HEREBY DECLARE AND AFFIRM that I am a

More information

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Presidio Trolley Coach Facility - Presidio Bus Lifts

More information

CERTIFICATE OF COMPLIANCE WITH ILLINOIS CONTRACTORS DRUG-FREE WORKPLACE ACT

CERTIFICATE OF COMPLIANCE WITH ILLINOIS CONTRACTORS DRUG-FREE WORKPLACE ACT CERTIFICATE OF COMPLIANCE WITH ILLINOIS CONTRACTORS DRUG-FREE WORKPLACE ACT Pursuant to 30 ILCS 580/1 et seq. (the "Drug Free Workplace Act"), the undersigned Contractor hereby certifies to the Board of

More information

Request for Quotes for Recycling Fluorescent Lamps

Request for Quotes for Recycling Fluorescent Lamps Request for Quotes for Recycling Fluorescent Lamps 4-foot & 8-foot Prepaid Shipping Boxes Responses Due: Monday, January 7, 2019 at 2:00 p.m. The Onondaga County Resource Recovery Agency (OCRRA) requests

More information

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST City of North Royalton Mayor Robert A. Stefanik Community Development, Building Division Dan Kulchytsky Building Commissioner 11545 Royalton Road, North Royalton, OH 44133 Phone: 440-582-3000 Fax: 440-582-3089

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL Proposal of, hereinafter called the "BIDDER", (a) / (an), (Corporation, Partnership, individual) doing business as, to Hoffman Estates

More information

DOCUMENT BID FORM. Village of Middle Point

DOCUMENT BID FORM. Village of Middle Point DOCUMENT 00300 BID FORM PROJECT IDENTIFICATION: Water Treatment Plant Replacement Village of Middle Point THIS BID IS SUBMITTED TO: Village of Middle Point 103 N. Adams Street Middle Point, OH 45863-0191

More information

ADDENDUM NO. 1. Bidders are hereby informed that the construction Plans and/or Specifications are modified as follows:

ADDENDUM NO. 1. Bidders are hereby informed that the construction Plans and/or Specifications are modified as follows: Page 1 of 4 06-25-2013 ADDENDUM NO. 1 TO: PLANS AND SPECIFICATIONS FOR STATE OF MISSOURI Roof Replacement, Bldg. #28 Farmington Correctional Center 1012 West Columbia Street, Farmington, MO 63640 Project

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information